Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

F -- Environmental Remediation Services (ERS) Multiple Award Task Order Contract (MATOC) Northwest Division, USACE Seattle

Notice Date
6/2/2011
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-11-R-0044
 
Response Due
7/26/2011
 
Archive Date
9/24/2011
 
Point of Contact
Scott Britt, (206) 764-3517
 
E-Mail Address
USACE District, Seattle
(Scott.W.Britt@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Seattle District plans to solicit proposals for multiple award, multiple year contracts to perform site cleanup, site remediation as required/identified to meet project cleanup standards, regulatory criteria and requirements and identified schedules and budgets. These contracts will provide a capability for hazardous, toxic and radioactive waste (HTRW) compliance and remediation projects for both civilian and military agencies of the Federal Government. These contracts for environmental actions and associated investigation, design and removal activities will include service and construction activities mandated by the Defense Environmental Restoration Program (DERP), Resource, Conservation, and Recovery Act (RCRA), Superfund, Formally Utilized Sites Remedial Action Program (FUSRAP), and environmental cleanup activities under the Base Realignment and Closure (BRAC) Program, and the Military Munitions Rule (MMR), for its Army and Air Force customers. DERP projects will include Installation Restoration Program (IRP) activities on active Army and Air Force installations and on Formerly Used Defense Sites (FUDS). If a specific BRAC project is identified, then BRAC requirements are prescribed in DFAR 226.71 will be applicable and addressed at that time. The Contractors selected for this work shall have the capability and experience to perform, or provide a wide range of services relating to remediation services including but not limited to: a.Screening, identification, packaging and disposal of potentially hazardous waste. b.Removal, transport and disposal of hazardous and non-hazardous waste. c.Topographic and geophysical surveys d.Operational Range management e.UST identification, removal, and remediation. f.Contaminated soil excavation and debris removal activities. g.Construction of and Short Term (maximum of 5 years) Operation and Maintenance (O&M) operations of project facilities including but not limited to: h.Groundwater or leachate collection and treatment systems i.Gas collection and treatment systems j.Groundwater extraction and injection wells k.Bioventing Systems, Soil Vapor Extraction Systems l.PCB, asbestos and lead paint removal and disposal activities. m.Bioremediation of Petroleum Oil Lubricants contaminated soils. n.Soil and rock borings, sampling, testing and other geotechnical analyses. o.Drilling, installation and development of groundwater monitoring wells. p.Hydrogeological testing and data analyses q.Multi-media sampling and sample management for chemical and geotechnical characteristics. r.Outdoor and indoor air monitoring, sampling and the related analysis. s.Installation of support facilities (i.e., site project office, decontamination facilities, roads and utilities). t.Traditional and innovative methods for source control and remedial action, such as the following: a.On-site source control/containment b.Excavation c.On-site treatment of contaminated soils, sediments or water d.Transportation and treatment and/or disposal to off-site facilities. u.Low level radioactive remediation v.Building Construction (residential and commercial) w.Site Restoration, seeding, replanting and revegetation (public and private) x.Demolition (residential and commercial) y.Public relations including participation in community education, public involvement or public affairs activities. z.Preparation of Safety and Health Plans, Uniform Federal Policy- Quality Assurance Project Plans (UFP-QAPPs), and innovative site remediation. aa.Utilizing technologies and practices that are sustainable, such as EPA R10's Clean and Green Policy. bb.Laboratory analysis of environmental samples utilizing deliverables in SEDD format cc.Data validation utilizing USACE Automated Data Review (ADR) dd.Data management utilizing EQuIS (when required) ee.Professional support services for various environmental compliance and remediation work. The target number of Firm-Fixed Price Indefinite Delivery-Indefinite Quantity contracts resulting from the upcoming solicitation is five. As requirements develop, task orders will be issued on a competitive or sole source basis to the awardees of this solicitation at the Government's option. Projects may range from remediation, based on provided design documents both formal and informal, to design-build remediation projects. Projects may be simple to highly complex in nature. Each contract will include a base year and four option periods. Maximum value of all work awarded under the MARCs will be limited to $5 million per period and $25 million over the life of the contracts. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. The North American Industry Classification System (NAICS) Code is 562910 with a size standard of 500 employees. This requirement is 100% set aside for small business. For the purposes of this procurement, a concern is considered a small business if it employs 500 employees or less. For information concerning NAICS and SBA size standards, go to http://www.sba.gov Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be available for download no earlier than 15 days following the posting of this synopsis. Pursuant to FAR, the response date of the solicitation is no earlier than 30 days from the date of the solicitation release date. The proposal due date will be noted on the solicitation at the time of issue. There is no information available until the issue of the solicitation via the Internet. Register as an interested party at this synopsis site on www.fbo.gov to receive notification of solicitation issue, which will be on or ABOUT 21 June 2011. Issue of the solicitation will be in electronic format only. No disks or hard copy will be available. Follow the registration procedures at www.fbo.gov to receive notification of solicitation/amendment posting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-11-R-0044/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02462757-W 20110604/110602235003-3e132c0d53227b07a4eeef6240f4cee6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.